Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2009 FBO #2693
SOURCES SOUGHT

R -- Business Process Planning – Business Modeling - Draft Business Process Modeling SOW

Notice Date
4/9/2009
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-09-1056722
 
Archive Date
4/27/2009
 
Point of Contact
Sandra Bellinger, , Ashley Fowler,
 
E-Mail Address
sandra.bellinger@fda.hhs.gov, Ashley.Fowler@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Business Process Modeling Support Services and Software SOURCES SOUGHT Business Process Planning – Business Modeling The U.S. Food and Drug Administration (FDA) requires business modeling support services and software using the highly structured business modeling methodology xBML. The Contractors must satisfy the following requirements. Provide a detailed description of your company’s experience and demonstrated abilities to deliver/perform the Government’s requirements, as outlined in the draft statement of work (SOW). The Government also welcomes constructive comments and identification of issues or concerns with the requirements outlined in the draft SOW (attached). This purpose of this SOURCES SOUGHT NOTICE is to determine the availability and capability of qualified small businesses (including HUBZone firms, certified 8(a), Small Disadvantaged, Service-disabled veteran-owned small businesses, and women-owned small businesses) to obtain these services and applications software. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are NOT sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (“Limitations of Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 15 pages and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS 541614 (size standard $7.0M) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR) at www.ccr.gov to be considered as potential sources. 5.Identification of the contractor’s GSA Federal Supply Schedule contract(s) by schedule number with authorized price responsive to this possible requirement are also requested. Other contract vehicles, such as Governmentwide Agency Contracts (GWACs) shall also be identified. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above) Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The place of performance will be onsite at the FDA facility in Rockville, MD; moving to Silver Spring, MD at a later date. The anticipated period of performance is one-year base period plus 4 one-year option periods. The NAICS Code is 541614. The small business size standard is 7M Funding for this requirement has NOT been made available to the Contracting Officer. This notice is for planning purposes only and it is NOT a Request for Proposals, a solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor does the FDA anticipate there will be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, OAGS may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Respondents must submit capability statement via email to Ashley Fowler at Ashley.Fowler@FDA.HHS.GOV no later than 24 April 2009 at 12 NOON Eastern for consideration.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7fa7f2c5208e81d4d19919d2308680b6&tab=core&_cview=1)
 
Record
SN01789103-W 20090411/090409215225-7fa7f2c5208e81d4d19919d2308680b6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.